Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

N -- Automation Control System for Lock and Dam

Notice Date
11/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-06-T-0003
 
Response Due
11/4/2005
 
Archive Date
1/3/2006
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quo tations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-06-T-0003 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into thi s solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defens e Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation is for full and open competition. The associated NAICS code is 238210 and the small business size standard is twelve million dollars. (v) This requirement consists of 1 base line item and 2 option line items. LOCK AND DAM 1 PROGRAMMABLE LOGIC CONTROLLER SYSTEM REHAILITIATION. Line item 0001 PLC Control System Equipment & Installation; Line item 0002 PLC Control System Pr ogramming and Integration ; Line item 0003 (Option) Gate Position Sensors; Line item 0004 (Option) Lower Gate Network/IP Camera. Work to be completed under this purchase order will consist of the following: The Contractor shall provide system engineering, equipment and electrician services to remove the existing system and install a new one located at Lock and Dam 1, Minneapolis, MN. The work consists of providing and install a complete PLC control system and sensing equipment at Lock and Dam 1 in Minneapol is, The PLC control system consists of the main processor, local input/output (I/O) racks and modules, remote I/O racks and modules (digital and analog), communication modules, fiber optic interface module, power supplies, uninterruptible power source posi tion sensors, water level sensors, Human Machine Interfaces (HMI), operating console, programming equipment, HMI software, PLC programming software and custom programming of the HMI and PLC, along with integration, coordination, installation and testing. T he existing PLC system was installed in 1995. The reference drawings show the layout, details, wiring and connections. The documentation of the rung ladder program, rack address, address listing, cross reference and abbreviations provides information on th e existing program. The existing PLC system controls two Locks the Land Lock and the River Lock, along with auxiliary equipment such as traffic lights, site lighting, bubbler equipment and water level indicators. The PLC system provided and installed under this contract will control only the Land Lock and the auxiliary equipment. The River Lock will be in a non-operating condition. A detailed description of the work to be performed is available as addendum I, Scope of Work/Specifications. The provision at 5 2.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Best Value). This acquisit ion will be conducted using the Test Program for Certain Commercial Items under FAR 13.5. A competitive award will be made to the responsible firm whose offer conforming to the solicitation which will be the most advantageous to the government, price and o ther factors considered. The following factors shall be used to evaluate offers: Price is the most important individual factor. Price will be evaluated separately from all other factors, and will be judged less important than all other factors combined. Pa st performance is the next most important factor and will be judged somewhat less than price. Companies are urged to submit past performance information along w ith their quotes. Past performance information includes copies of evaluations or project information on similar prior projects. If past performance information is not submitted with quotations, this factor will be evaluated as neutral. Minimal Technical Acceptablility/Technical Excellence are equally important factors and will be judged less important than price. Minimal Acceptability is achieved when a firm meets all mandatory technical requirements listed in Sections C-01100 and C-16050. Technical Excel lence equates to additional technical attributes provided by a quotation that exceed the minimal requirements. Quotes offering products with desirable attributes pertaining to such items as: ease of operation, safety, durability, and efficiency will be eva luated higher than those quotations meeting the minimum requirements. Key Personnel/Delivery and Completion of Installation are equally important factors and will be judged significantly less than price. Key Personnel will be rated on the basis of their qu alifications, experience, and expertise. Delivery and Completion of Installation will be rated on the ability of the offeror to deliver, install and make operational the equipment in the time frame indicated in Section 01100 of the Specifications. Technica l and past performance, when combined, are greater than price. Evaluations will include the following codes for each factor: O  Outstanding; V  Very Good; G  Good; F  Fair; M  Marginal; P  Poor; and N  Neutral or Not Rated. The provisions at 52.212- 3 Alt. I, Offeror Representations and Certifications Commercial Items, and 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this solicitation. The contractor shall return a completed copy of these provisions with its quota tion. Paragraph (b), Taxpayer Identification Number (TIN), of provision 52.212-3 does not apply. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are co nsidered checked and are applicable to this acquisition. 52.203-6 Alt. I, The following clauses at 52.217-5 Evaluation of Options and 52.217-7 Option for increased quantities-separately priced items, apply to this acquisition. Restrictions on Subcontractor Sales to the Government; 52.219-14, Limitations on Subcontracting; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veter ans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Rest rictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The following FAR clauses identified at paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition. 5 2.222-41, Service Contract Act of 1965, As Amended; Wage determinations applicable to this purchase order are available in addendum IV; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment. (xiii) The DFAR clause at 252.204-7004, Required Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Con tract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition . The following clause identified at paragraph b of the clause is considered checked and is applicable to this acquisition. 52.203-3, Gratuities; The following clauses identified at paragraph c of the clause are considered checked and are applicable to thi s acquisition. 252.225-7012, Preference for Certain Domestic Commodities; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. The following clauses are also applicable to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 252.201-7000, Contracting Officers Representative; 252.204-7003, Control of Government Personnel Work Product ; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, 252.243-7001, Pricing of Contract Modifications. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Numbered Note 1 applies to this acquisition. Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 02:30 PM CS T,04 November 2005 Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Mrs. Chiquita N. Montgomery. Mrs. Montgomery may be reached at chiquita.n.Montgomery@usace.army.mil , (651)290-5421 or by fax, (651)290-5706. Requests for all docu ments associated with this project (i.e. reference drawings, pricing sheet, specification, and Wage Rates) can be located on the FedTeds Site at https://www.fedteds.gov/fedteds/start.nsf/frm.VendorLogin?OpenForm&SolicitationNumber=W912ES-06-T-0003 Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Army Corps of Engineers, St. Paul District Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN00925967-W 20051105/051103212207 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.